Buildings 5B, 26, 53C Air Handling Units (AHU) Replacement
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Food and Drug Administration (FDA) is conducting market research through a Sources Sought/Request for Information (RFI) to identify qualified businesses for the replacement of Air Handling Units (AHU) in Buildings 5B, 26, and 53C at the Jefferson Lab Campus in Jefferson, AR. This is not a solicitation; responses will inform future procurement strategy. The estimated magnitude for this project is $25-$32 Million, with a period of performance of 48 months. Capability statements are due by February 27, 2026, at 1:00 PM CT.
Scope of Work
The project involves the demolition of existing AHUs and associated equipment, followed by the installation of new AHUs, electrical systems, controls, ductwork, and piping. New HVAC controls will be integrated into the campus Energy Management System (EMS). Specifics include:
- Building 5B: Demolition and installation of new AHUs, extending equipment pads as needed.
- Building 26: Phased replacement due to limited space, requiring one unit to remain operational during the project.
- Building 53C: Demolition and installation of new AHU and heat recovery unit, extending equipment pads.
Draft drawings (available as 'Draft Drawings Bldg. 5_26_53_AHU Replacement.pdf') provide critical technical details, including mechanical and electrical layouts, site information, roof details, and equipment schedules, essential for understanding the project's scope and requirements.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) - Market Research Only
- NAICS Code: 236220 – Commercial and Institutional Building Construction (Small Business Size Standard: $45 million)
- Estimated Magnitude: $25-$32 Million
- Period of Performance: 48 months after notice to proceed
- Set-Aside: None specified (for market research to determine future set-aside)
- Response Due: February 27, 2026, 1:00 PM CT
- Published: February 12, 2026
- Place of Performance: National Center of Toxicological Research (NCTR), Jefferson, AR 72079
Response Requirements
Interested parties must submit capability statements (limited to 15 pages) including:
- Corporate Profile: Business name, UEI, CAGE, address, website, business size status (SB, VOSB, SDVOSB, etc.), employee count, POC details.
- Detailed Capability Statement: Sufficient information to demonstrate experience and qualifications.
- Past Performance: Up to three references within the last 10 years for similar services and magnitude, including contract details, client information, and description of similarity.
- Bonding Capability: Proof of bonding capacity for the project's magnitude.
- Performance Measures: Recommended performance and customer satisfaction indicators.
- Contract Information (if applicable): Identification of Best in Class (BIC) or GSA Schedule contracts.
- Subcontracting: Proof of capability to meet FAR 52.219-14 (for small businesses) or identification of subcontracting opportunities (for large businesses).
- Buy American Act: Anticipated exemptions for FAR 52.225-11.
Additional Notes
This RFI is for market research purposes only and does not constitute a solicitation or guarantee a future contract award. The FDA will use responses to determine the appropriate acquisition strategy (e.g., small business set-aside, full and open competition). No reimbursement will be made for response costs. Proprietary or sensitive information should not be included. Responses with weblinks will not be viewed.